Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2021 SAM #7137
SOLICITATION NOTICE

54 -- Pre-cast, post-tensioned concrete transportable buildings

Notice Date
6/14/2021 8:05:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC021Q0007
 
Response Due
6/23/2021 1:00:00 PM
 
Archive Date
07/08/2021
 
Point of Contact
Seliste Acres, Patricia Parker
 
E-Mail Address
seliste.c.acres@nasa.gov, patricia.k.parker@NASA.GOV
(seliste.c.acres@nasa.gov, patricia.k.parker@NASA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a� Request for Quotations (RFQ) under solicitation number 80JSC021Q0007 for Two (2) each pre-cast, post-tensioned concrete transportable buildings for use as a battery storage and testing bunkers in the Energy Systems Test Area, delivered NASA/Johnson Space Center, Houston, Texas, 77058. See attached Statement of Work (SOW) The provisions and clauses in the RFQ those in effect through FAC 2021-05. This acquisition is Total Small Business Set-Aside. The NAICS Code and Size Standard are 327390 and 500 of employees, respectively.� The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Johnson Space Center (JSC) 2101 NASA Parkway Houston TX 77058 shall be on or before September 15, 2021. Offers for the items(s) described above are due by Wednesday June 23, 2021 by 3:00 PM Central Time to Seliste Acres at seliste.c.acres@nasa.gov and Patricia Parker at patricia.k.parker@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.� Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far����������� NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (JUNE 2020) which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled ""Buy American Act -- Supplies,"" the offeror shall so state and shall list the country of origin. SELECTION WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE SOURCE SELECTION PROCESS (FAR 15.101-2). Technical acceptability will be determined by the review of information submitted by the offeror which much provide a description in sufficient detail to show that the product offered meets the Government�s requirement. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (Feb 2021) Alt I (Oct2014) or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (Oct 2018) are attached. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (Jan 2021) is applicable and the following identified clauses are incorporated by reference are attached. NASA Clause 1852.215-84, Ombudsman (NOV 2011), is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html� This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).������� All contractual and technical questions must be submitted electronically via email to Seliste Acres at seliste.c.acres@nasa.gov and Patricia Parker at patricia.k.parker@nasa.gov) not later than Wednesday June 16, 2021 by 3:00 PM Central Time. Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than Wednesday June 23, 2021 by 3:00 PM Central Time. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with, FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2020).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9aa2f5284fe64ceb90507712586e99f4/view)
 
Record
SN06030929-F 20210616/210614230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.